Tools and Parts Attendants
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Air Force is soliciting proposals for Tools and Parts Attendants to provide labor and technical services for tool and material management at the Master Tool Cribs in Building 301, Robins Air Force Base, Warner Robins, GA. This is a Firm-Fixed-Price (FFP), 8(a) Competitive Set-Aside requirement. The proposal due date has been extended to February 11, 2026, at 4:00 PM EST.
Scope of Work
The contractor will provide 10 Full-Time Equivalent (FTE) Tool & Parts Attendants and 1 Supervisor. Services include storing, issuing, managing, and disposing of common hand tools using the Facilities and Equipment Maintenance System (FEMS). Key duties involve inspecting shipments, managing storage, supporting inventories, operating tracking equipment, inspecting returned items, minor tool repair, and processing toolboxes. A critical performance metric is maintaining a 90% monthly average completion rate for toolbox production with no quality defects. The contractor must also maintain 80% staffing monthly, filling vacancies within 90 calendar days. Work hours are Monday-Friday, 0600-1430, with no after-hours services required.
Contract Details & Timeline
- Contract Type: Firm-Fixed-Price (FFP)
- Period of Performance: Base Period (June 1, 2026 – May 31, 2027) plus four option years, extending through May 31, 2031.
- Place of Performance: Master Tool Cribs in Building 301 at Robins Air Force Base, Warner Robins, GA. (Note: Previous requirements for satellite tool cribs and Building 321 have been eliminated based on latest Q&A).
- Set-Aside: 8(a) Competitive Set-Aside. Offerors must be currently certified in the SBA 8(a) program at the time of submission and award.
- NAICS Code: 561210 (Facilities Support Services), with a $45 million size standard.
- Proposal Due: February 11, 2026, 4:00 PM EST.
- Published Date: February 5, 2026.
- Questions Deadline: January 30, 2026 (passed).
Key Requirements & Deliverables
Bidders must adhere to comprehensive safety and health requirements, including submitting a detailed Safety and Health Plan (CDRL A003) and establishing written impoundment procedures. All contractor personnel working on Robins AFB must complete initial Environmental Management System (EMS) and Energy Management System (EnMS) Awareness Training (CDRL A001, A002). The contractor is also responsible for accident/incident reporting (CDRL A004), compliance with all applicable FAR/DFARS clauses, and the Service Contract Act Wage Determination. Contractor Manpower Reporting is required via SAM.gov, and invoices must be submitted via PIEE/WAWF. A 14-day transition period will be supported by Government representatives.
Evaluation & Submission
Award will be made to the responsible offeror whose proposal, conforming to the solicitation, represents the lowest price. Quotes must be emailed to the Contract Specialist or Contracting Officer and remain valid for 30 days.
Additional Notes
This is a follow-on service to contract FA8571-21-D-0009. The PWS has been revised to consolidate operations to the master tool cribs in Building 301, eliminating satellite tool cribs and Building 321 requirements. The supervisor wage rate provided in the Q&A is an unburdened base wage, not a mandatory pay rate.